INSIDE THE

NEWS + ADVICE

DoD Contracts: Peraton Technology Services, SAIC, Jacobs Government Services, GDMS, Week of 7-1-24 to 7-5-24

Posted by Ashley Jones

7/1

DEFENSE HEALTH AGENCY

Spectrum Healthcare Resources Inc., St. Louis, Missouri, was awarded a firm-fixed-price contract (HT001524C0001) with a value of $373,027,112. The A.T. Augusta Military Medical Center requires the services of ambulatory care centers (formerly family health centers) in the western and southern areas of the National Capital Region. Services include primary care and medical specialty care for TRICARE beneficiaries, including active duty service members and their dependents, or military retirees and their dependents. The ambulatory care centers will remain at their current locations in Fairfax, Virginia; and Dumfries, Virginia, to meet the 30-minute drive time for primary care eligible beneficiaries. This is a 12-month base contract with four 12-month option periods, with an Aug. 31, 2029, performance completion date. The base year will be funded with operations and maintenance funds in the amount of $60,666,063. The Defense Health Agency, Enterprise Medical Services Contracting Division, San Antonio, Texas, is the contracting activity.

NAVY

Phoenix Air Group Inc., Cartersville, Georgia, is awarded a $165,732,375 firm-fixed-price, indefinite-delivery/indefinite-quantity contract. This contract procures flight minutes using 10 contractor-owned, contractor-operated aircraft for electronic warfare (EW) simultaneous presentations consisting of six for the East Coast and four for the West Coast to simulate a wide variety of airborne threats to train, test and evaluate shipboard and aircraft squadron weapon systems operators and aircrew on fleet air defense and counter potential enemy EW and electronic attack operations. Additionally, this effort provides a variety of training venues, from basic “schoolhouse” air intercept control training to large multinational exercises as well as small single unit training exercises, including target/banner tow missions supporting the Navy, Department of Defense (DOD) and non-DOD agencies. Work will be performed at San Diego, California (50%); and Virginia Beach, Virginia (50%), and is expected to be completed in August 2029. Fiscal 2024 operation and maintenance (Navy) funds in the amount of $2,400,000 will be obligated at the time of award, of which $2,400,000 will expire at the end of the current fiscal year. This contract was competitively procured via an electronic request for proposal; two offers were received. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity (N0042124D0018). (Awarded June 28, 2024)

Continental Maritime of San Diego LLC, San Diego, California, is awarded a $33,971,480 modification (AZ0002) to a previously awarded firm-fixed-price contract (N00024-23-C-4410) to definitize the USS Momsen (DDG-92) fiscal 2024 depot modernization period. Work will be performed in San Diego, California, and is expected to be completed by August 2025. Fiscal 2022 other procurement (Navy) funds in the amount of $4,205 (0.01%); fiscal 2023 other procurement (Navy) funds in the amount of $698,000 (2.05%); fiscal 2024 other procurement (Navy) funds in the amount of $31,264,798 (92.04%); and fiscal 2024 operation and maintenance (Navy) funds in the amount of $2,004,477 (5.90%), will be obligated at the time of award, of which $2,008,682 will expire at the end of the current fiscal year. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Rotary Mission Systems, Colorado Springs, Colorado, is awarded a $26,143,463 firm-fixed-price contract for Theater Battle Management Core Systems (TBMCS) software sustainment support. This contract provides for the programmatic, technical, and logistics support to provide for the engineering and implementation of solutions for the sustainment of the TBMCS. Work will be performed at Colorado Springs, with an expected completion date of June 30, 2029. The maximum dollar value, including the base period and four option years, is $26,143,463. Fiscal 2024 operations and maintenance (Marine Corps) funds in the amount of $4,999,140 are being obligated at time of award, and will expire at the end of the current fiscal year. This contract was competitively procured via SAM.gov and three offers were received. The Marine Corps Systems Command, Quantico, Virginia, is the contracting activity (M67854-24-C-0006).

Textron Systems Corp., Hunt Valley, Maryland, is awarded a $20,779,333 firm-fixed-price order (N0001924F0023) against a previously issued basic ordering agreement (N0001921G0008). This order procures unmanned aircraft systems intelligence, surveillance, and reconnaissance services, in support of the Department of Defense, other government agencies, and domestic and overseas contingency operations for the Navy. Work will be performed in Hunt Valley, Maryland (20%); and various locations outside the continental U.S. (80%), and is expected to be completed in February 2028. Fiscal 2024 operations and maintenance (Navy) funds in the amount of $20,779,333 will be obligated at the time of award, $20,779,333 of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Rockwell Collins Simulation and Solutions, Cedar Rapids, Iowa, was awarded a $14,697,546 firm-fixed-price modification (P00023) to a previously awarded contract (N6134021C0017). This modification adds scope to produce and deliver four Special Programs Advanced Readiness Trainer Afloat/Ashore (SPARTA) devices as well as computer hardware and software updates to maintenance devices for the Virtual Reality Concurrency Gap effort including associated technical data, computer software, and computer software documentation in support of the trainer architecture modernization efforts for the E-2D Hawkeye Integrated Training System. Work will be performed in Norfolk, Virginia (80%); and Orlando, Florida (10%), and is expected to be completed in December 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $12,297,546; and fiscal 2023 aircraft procurement (Navy) funds in the amount of $2,400,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Warfare Center Training Systems Division, Orlando, Florida, is the contracting activity. (Awarded June 28, 2024)

Simmonds Precision Products Inc., Vergennes, Vermont, is awarded a $14,642,715 firm-fixed-price contract for the production and delivery of 217 Midwing Avionics Obsolescence Vibration Structural Life and Engine Diagnostics (VSLED) weapons replaceable assemblies to replace the unsupportable 901-305-900-103 VSLED in support V-22, MV-22 and CV-22 aircraft retrofit efforts for the Marine Corp and Air Force. Work will be performed Vergennes, Vermont, and is expected to be completed in September 2027. Fiscal 2023 aircraft procurement (Navy) funds in the amount of $11,591,940; and fiscal 2022 procurement (Air Force) funds in the amount of $3,032,775 will be obligated at the time of award, $3,023,775 of which will expire at the end of the current fiscal year. This contract was not competitively procured pursuant to 10 U.S. Code 3204(a)(1). Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity (N0001924C0028).

Alutiiq Solutions LLC, Anchorage, Alaska, is awarded a firm-fixed-price contract with a maximum potential value of $14,267,232. This contract provides the I Expeditionary Operations Training Group (I EOTG) with training in select special skills, and both conducts and evaluates collective training in order to prepare the I Marine Expeditionary Force (I MEF) Marine Expeditionary Units (MEUs), Special Purpose Marine Air Ground Task Forces (SPMAGTFs), combat advisors, and other designated deploying forces to support geographic combatant commands. Due to personnel shortages, I EOTG currently utilizes contractor personnel to provide the specialized training need to deploying forces such as Maritime Raid Force training, sniper training, and unmanned aerial vehicle (UAV) training in order to prepare the I MEF MEUs, SPMAGTFs, combat advisors, and other designated deploying forces to support geographic combatant commands. Work will be performed at Marine Corps Base Camp Pendleton, California, with an expected completion date of Jan. 31, 2030. This contract includes four one-year option periods which, if exercised, could bring the cumulative value of this contract to $12,890,274. Fiscal 2024 operation and maintenance, Marine Corps funds in the amount of 2,436,260 are being obligated at time of award and will expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 3204 (a)(1), with one offer received. The Marine Corps Installations West Regional Contracting Office, MCB Camp Pendleton, California, is the contracting activity (M0068124C0002).

Continental Maritime of San Diego LLC, San Diego, California, is awarded a $13,667,823 modification to a previously awarded firm-fixed-price contract (N00024-23-C-4410) for the USS Momsen (DDG-92) fiscal 2024 depot modernization period. Work will be performed in San Diego, California, and is expected to be completed by August 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $12,896,889 will be obligated at time of award and will not expire at the end of the current fiscal year. Fiscal 2024 other procurement (Navy) funds in the amount of $12,896,889 (94.36%); and fiscal 2024 operation and maintenance (Navy) funds in the amount of $770,934 (5.64%) will be obligated at time of award and will expire at the end of the current fiscal year. Southwest Regional Maintenance Center, San Diego, California, is the contracting activity.

Peraton Technology Services Inc., Chantilly, Virginia, is awarded a $12,995,298 cost-plus-fixed-fee modification (P00007) to order N0001924F0007 against a previously issued basic ordering agreement (N0001921G0010). This modification adds contract line items to provide the continued development, delivery and installation of the Theater Mission Planning Center subsystems which includes requirements analysis, design, integration, documentation, training, test, performance and performance analysis support in support of the governments of Japan and Australia. Work will be performed in Santa Clara, California (50.40%); Reston, Virginia (18.80%); Honolulu, Hawaii (11.80%); various locations within the continental U.S. (19%); and is expected to be completed in June 2027. Foreign Military Sales customer funds in the amount of $12,995,298 will obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

General Dynamics Mission Systems, Pittsfield, Massachusetts, is awarded a $9,154,134 cost-plus-incentive-fee and cost-plus-fixed-fee contract modification (P00010) to exercise options under previously awarded contract N0003022C1005 for fiscal 2022-2025 U.S. Trident II (D-5) SSBN Fire Control System (FCS) and SSGN Attack Weapon Control System (AWCS) support. Work will be performed in Pittsfield, Massachusetts (98%); and Rhode Island (2%). Work is expected to be completed April 30, 2025. Fiscal 2024 weapons procurement (Navy) funds in the amount of $4,933,226; and fiscal 2023 shipbuilding and conversion (Navy) funds in the amount of $4,220,908 are being obligated on this award. No funds will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole source basis under 10 U.S. Code 3204(a)(1) and was previously synopsized on the System for Award Management online portal. Strategic Systems Programs, Washington, D.C., is the contracting activity.

Saab Inc., Syracuse, New York, is awarded an $8,929,300 cost-plus-fixed-fee, firm-fixed-price and cost only delivery order under the previously awarded basic ordering agreement N00024-21-G-5507 for multi-mode radar spares. Work will be performed in Gothenburg, Sweden (66%); and Syracuse, New York (34%), and is expected to be completed by June 2026. Fiscal 2022 other procurement (Navy) funds in the amount of $3,806,538 (43%); fiscal 2023 other procurement (Navy) funds in the amount of $3,058,729 (34%); fiscal 2019 shipbuilding and conversion (Navy) funds in the amount of $1,467,500 (16%); and fiscal 2018 shipbuilding and conversion (Navy) funding in the amount of $596,533 (7%) will be obligated at time of award, of which $5,274,038 will expire at the end of the current fiscal year. The basic ordering agreement was not competitively procured in accordance with 10 U.S. Code 2304(c)(1) (only one responsible source and no other supplies or services will satisfy the needs of the agency). The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-24-F-5505).

AIR FORCE

Northrop Grumman Systems Corp., Space Systems Division, Redondo Beach, California, has been awarded a $93,832,830 contract modification (P00089) to previously awarded contract FA8810-18-C-0006 for Next Generation Overhead Persistent Infrared Polar Space Vehicles 1 and 2. Work will be performed at Redondo Beach, California. The work is expected to be completed by Sept. 30, 2024. Total cumulative face value of the contract is $2,262,128,864. Fiscal 2024 research and development funds in the amount of $93,832,830 are being obligated at the time of award. Space Systems Command, Los Angeles Air Force Base, California, is the contracting activity. (Awarded June 28, 2024)

Northrop Grumman Systems Corp., San Diego, California, has been awarded a $79,275,834 add work modification (P00004) to previously awarded contract FA8650-23-C-9313 for Defense Experimentation Using Commercial Space Internet. This contract seeks to establish the ability to communicate with military platforms via multiple commercial space internet constellations in various orbital regimes using common user terminal and hardware elements. This additional work modification seeks to expand the number and types of satellite constellations with which the terminals can communicate and will include waveforms capable of communication through military as well as commercial satellites. The modification brings the total cumulative face value of the contract to $169,455,627. Work will be performed at San Diego, California, and is expected to be completed Feb. 25, 2027. Fiscal 2024 research, development, test, and evaluation funds in the amount of $15,000,000 are being obligated at the time of award. Air Force Research Laboratory, Wright-Patterson Air Force Base, Ohio, is the contracting activity. (Awarded June 28, 2024)

The Boeing Co., Oklahoma City, Oklahoma, has been awarded a $70,617,859 indefinite-delivery/indefinite-quantity contract for Air Launched Cruise Missile engineering services. The contract provides for recurring and nonrecurring system engineering and logistics analysis services in support of the Air Launched Cruise Missile. The recurring logistics and engineering support activities include, but are not limited to, configuration and data management, laboratory support, design tools support, supportability analyses, Diminishing Manufacturing Sources and Material Shortages impact analyses, technical surveillance, technical inquiries, flight test support (two missions a year with three flights in each mission, equaling six flight tests a year). The non-recurring engineering support activities include, but are not limited to engineering, program support, engineering data support, service-related deficiencies, technical surveillance support, engineering change proposals, system software maintenance, field support, feasibility studies, and emergency engineering tasks. This requirement includes support of the legacy strategic cruise missile integration with the B-52, carriage equipment and peculiar support equipment. Work will be performed at Oklahoma City, Oklahoma, and is expected to be complete by June 30, 2033. This award is the result of a sole-source acquisition. Fiscal 2024 operation and maintenance funds in the amount of $4,144,495 are being obligated for the first task order at the time of award. Air Force Nuclear Weapons Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8128-24-D-B001). (Awarded June 28, 2024)

General Atomics Aeronautical Systems Inc., Poway, California, was awarded a not-to-exceed $48,538,640 undefinitized contract action for Belgium Sustainment Contractor Logistics Support in support of MQ-9B SkyGuardian aircraft. This contract provides logistics support activities including depot repair, engineering services, field team support, and software maintenance services for the Belgian Air Force MQ-9B. Work will be performed at Poway, California, and is expected to be completed by Dec. 31, 2025. This contract involves Foreign Military Sales (FMS) to Belgium. This contract was a sole source acquisition. FMS funds in the amount of $21,632,163 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity (FA8689-24-C-2025).

Amentum Services Inc., Chantilly, Virginia, has been awarded a $42,761,560 contract modification (P00007) to previously awarded contract FA2860-23-F-0060 for executive airlift aircraft maintenance and back shop support services. The contract modification is for the exercise of Option Period One from July 1, 2024, through June 20, 2025. The modification brings the total cumulative face value of the contract to $78,549,490. Work will be performed at Joint Base Andrews-Naval Air Facility Washington. The work is expected to be completed by June 30, 2028. Fiscal 2024 operations and maintenance funds in the amount of $28,666,404 are being obligated of at the time of award. The 316th Contracting Squadron Services Flight, Joint Base Andrews, Maryland, is the contracting activity. (Awarded June 28, 2024)

Raytheon Missiles and Defense, Tucson, Arizona, has been awarded a $20,379,092 cost-plus-fixed-fee modification (P00024) to the previously awarded Hypersonic Attack Cruise Missile-Southern Cross Integrated Flight Research Experiment task order (FA8656-22-F-A071). This task order modification provides for the procurement of additional hardware to buy down specific risks and ensure successful performance of the contract objectives. Work will be performed at Tucson, Arizona, and expected to be complete by March 22, 2027. Fiscal 2024 research and development funds in the amount of $20,379,092 are being obligated at the time of modification award. The Air Force Lifecycle Management Center, Eglin Air Force Base, Florida, is the contracting activity. (Awarded June 28, 2024)

Spire Global Subsidiary Inc., Vienna, Virginia, has been awarded a $14,000,000 firm-fixed-price contract for phased array research. This contract will develop and deploy a multi-satellite, multi-phenomenology, intelligence/surveillance/reconnaissance space mission that leverages high-technical readiness level satellite systems and radio frequency collection payloads paired with a commercial off the shelf multi-spectral imaging system to deliver the Department of Defense a signal geolocation data product with coherent imagery for enhanced situational awareness. Work will be performed at Albuquerque New Mexico; Bolder, Colorado; and Vienna, Virginia. Work is expected to be completed by Sept. 28, 2028. This contract was a competitive acquisition with one offer received. Fiscal 2023 research and development funds in the amount of $14,000,000 are being obligated at time of award. The Air Force Research Laboratory, Kirtland AFB, Albuquerque New Mexico, is the contracting activity (FA9453-24-C-X046). (Awarded June 28, 2024)

General Atomics Aeronautical Systems Inc., Poway, California, has been awarded a $9,374,250 contract modification (P00022) to previously awarded contract FA8650-22-C-2200 for additional within scope work for additional research on the XQ-67 aircraft. The modification brings the total cumulative face value of the contract to $67,986,112. Work will be performed at Poway, California, and is expected to be completed by June 30, 2025. Air Force funds in the amount of $7,124,542 are being obligated at the time of award. Air Force Research Laboratory, Wright Patterson Air Force Base, Ohio, is the contracting activity.

J Torres Co Inc., Bakersfield, California, has been awarded an $8,427,272 indefinite-delivery/indefinite-quantity, firm-fixed-price contract for integrated solid waste services. This contract provides for municipal solid waste, recycling, and landfill services. Work will be performed at Edwards Air Force Base, California, and is expected to be completed by Sept. 30, 2033. This award is the result of a competitive acquisition, and three offers were received. Fiscal 2024 operations and maintenance funds in the amount of $481,014 are being obligated at the time of award. The Air Force Test Center, Edwards AFB, California, is the contracting activity (FA930124D0004).

ARMY

Nammo Pocal Inc., Scranton, Pennsylvania, was awarded a $74,746,526 firm-fixed-price contract for point detonating mortar practice fuses. Bids were solicited via the internet with two received. Work locations and funding will be determined with each order, with an estimated completion date of July 1, 2029. U.S. Army Contracting Command, Newark, New Jersey, is the contracting activity (W15QKN-24-D-0034).

HCS Group PC,* Montgomery, Alabama (W91278-24-D-0013); LH&J/Arcadis JV LLP,* Metairie, Louisiana (W91278-24-D-0014); Sherlock, Smith & Adams Inc.,* Montgomery, Alabama (W91278-24-D-0015); and Baskerville Donovan Inc.,* Mobile, Alabama (W91278-24-D-0012), will compete for each order of the $30,000,000 firm-fixed-price contract for architect and engineering services. Bids were solicited via the internet with six received. Work locations and funding will be determined with each order, with an estimated completion date of June 30, 2029. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity.

CORRECTION: The $40,707,157 contract (W56HZV-24-D-0041) announced on June 28, 2024, for Carapace Armor Technology LLC, Aberdeen, North Carolina, to provide ballistic windshield kits, was actually awarded today, July 1, 2024.

DEFENSE LOGISTICS AGENCY

American States Utility Services Inc., San Dimas, California, has been awarded an estimated $28,819,200, modification (P00011) to a 50-year contract (SP0600-23-C-8356) with no option periods for additional water distribution and wastewater collection systems utility services at Naval Air Station Patuxent River, Maryland. This is a fixed-price with economic-price-adjustment contract. The performance completion date is March 31, 2074. Using military service is Navy. Type of appropriation is fiscal 2024 through 2074 Navy operations and maintenance funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia.

General Electric Co., Lynn, Massachusetts, has been awarded a maximum $24,000,000 modification (P00016) to a five-year base contract (SPE4AX-21-D-9413) with one five-year option period for T408 engine supplies. This is a firm-fixed-price, requirements contract. The performance completion date is Sept. 8, 2026. Using military services are Air Force and Navy. The type of appropriation is fiscal 2024 through 2026 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Oshkosh Defense LLC, Oshkosh, Wisconsin, has been awarded a maximum $16,054,470 firm-fixed-price delivery order (SPRDL1-24-F-0155) against a three-year long-term contract (SPRDL1-23-D-0024) for M977 HEMTT wheel assemblies. The ordering period end date is April 28, 2025. Using military service is Army. Type of appropriation is fiscal 2023 through 2024 Army working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Warren, Michigan.

*Small business

7/2

AIR FORCE

Lockheed Martin Aeronautics, Fort Worth, Texas, has been awarded a not-to-exceed $520,400,000 fixed-price incentive (firm-target) modification (P00008) to previously awarded contract FA8615-23-C-6050 for Foreign Military Sales Block 70/72 F-16 Viper Shield electronic warfare suite production. The contract modification expands the current long lead materials contract to allow the contractor to begin production tasks. The modification brings the total cumulative face value of the contract to $897,400,000. Work will be performed at Fort Worth, Texas, and is expected to be completed by June 30, 2028. This modification involves foreign military sales to the Kingdom of Bahrain, the Republic of Bulgaria, the Kingdom of Morocco, the Slovak Republic, and the Taiwan Air Force. Foreign Military Sales funds in the amount of $177,700,000 are being obligated at the time of award. The Air Force Life Cycle Management Center, Wright-Patterson Air Force Base, Ohio, is the contracting activity.

Sierra Nevada Co. LLC, Sparks, Nevada, was awarded a $400,000,000 indefinite-delivery/indefinite-quantity contract for the Airborne Mission Networking System. The contract provides for Airborne Mission Networking system kits for the MC-130 aircraft, as well as engineering services, contractor logistics support, program management, field service representative support, and over and above. The locations of performance are Centennial, Colorado; Colorado Springs, Colorado; Englewood, Colorado; Hagerstown, Maryland; Robins Air Force Base, Georgia; Eglin AFB, Florida, and Hurlburt Field, Florida. The work is expected to be completed by June 27, 2029. This award is the result of a sole source acquisition. Fiscal 2023 procurement funds in the amount of $14,486,696; fiscal 2024 operation and maintenance funds in the amount of $3,348,799; and fiscal 2024 procurement funds in the amount of $29,487,000, are being obligated at the time of award. The Air Force Life Cycle Management Center, Robins AFB, Warner Robins, Georgia, is the contracting activity (FA8509-24-D-0003).

ASRC Federal Gulf State Contractors LLC, Beltsville, Maryland, was awarded a total contract value of $146,291,770 firm-fixed-price contract for Sheppard Air Force Base, Texas, maintenance. The contract provides for management, equipment, personnel, and services necessary to support the 82nd Training Wing mission at Sheppard AFB, Texas, including all services, installation management, civil engineering operations and maintenance, installation engineering, and emergency management. Work will be performed in Wichita Falls, Texas, and is expected to be completed by July 31, 2031. This award is the result of a competitive acquisition with six offers received. Fiscal 2024 operation and maintenance funds in the amount of $254,652 are being obligated at the time of award. The 338th Enterprise Sourcing Squadron, Joint Base San Antonio-Randolph, San Antonio, Texas, is the contracting activity (FA3002-24-C-0009).

Science Applications International Corp., Reston, Virginia, has been awarded a $23,216,570 cost-plus-fixed-fee modification (P00039) to previously awarded contract FA7014-21-F-0108 to exercise Option Year Three for strategic plans and policy support services. This modification provides funding to continue to provide technical, analytical, operational, programmatic, and planning subject matter expertise support for Headquarters Air Force A10, and its component branches, as well as the Integrated Air and Missile Defense Branch missions. Work will be performed in Washington, D.C., Hawaii, and Germany, and if all options are exercised, work is expected to be completed Aug. 25, 2026. This award is the result of a competitive acquisition, and one offer was received. Fiscal 2024 operation and maintenance funds in the amount of $6,850,563 are being obligated at the time of award. The Air Force D.C. Contracting Directorate, Joint Base Andrews, Maryland, is the contracting activity.

RBR Technologies, Odenton, Maryland, has been awarded a $9,292,852 cost-plus-fixed-fee contract for research and development. This contract provides for the analysis of current challenges to the development of flexible approaches and techniques toward autonomous and automated reasoning so recommended research and development environment and platform improvements can be implemented, as well as investigation of current data storage, management, and recall ability in the current research and development environment, platform, and testing environment to determine improved approach to exploiting data for artificial intelligence and autonomy algorithm development, and the identification and integration of commercial tools and products into environments and platforms for rapid application and leverage in solving military problems of interest while also providing management of platforms to ensure all updates, upgrades, improvements meet risk management framework. Work will be performed at Dayton, Ohio, and is expected to be completed by June 27, 2027. This award is the result of a sole source acquisition. Fiscal 2024 research, development, test and evaluation funds in the amount of $575,000 are being obligated at the time of award. Air Force Materiel Command, Air Force Research Laboratory, Wright-Patterson, Air Force Base, Ohio, is the contracting activity (FA2377-24-C-B024). (Awarded June 24, 2024)

ARMY

Lockheed Martin Corp., Grand Prairie, Texas, was awarded a $226,850,900 hybrid (cost-plus-fixed-fee and firm-fixed-price) contract for procurement of Army Tactical Missile System guided missile and launching assembly. Bids were solicited via the internet with one received. Work will be performed in Grand Prairie, Texas, with an estimated completion date of Dec. 30, 2028. Fiscal 2024 Foreign Military Sales (Estonia, Latvia, Lithuania, Morocco, and Poland) funds in the amount of $226,850,900 were obligated at the time of the award. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W31P4Q-24-C-0037).

Jacobs Government Services Co., Arlington, Virginia (W912DR-24-D-0006); Black & Veatch Special Projects Corp., Arlington, Virginia (W912DR-24-D-0007); AECOM Technical Services Inc., Arlington, Virginia (W912DR-24-D-0008); HDR Architecture Inc., Arlington, Virginia (W912DR-24-D-0009); and Dewberry Engineers Inc., Fairfax, Virginia (W912DR-24-D-0010), will compete for each order of the $120,000,000 firm-fixed-price contract for architect engineering services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of July 2, 2029. U.S. Army Corps of Engineers, Baltimore, Maryland, is the contracting activity.

RJ Zavoral & Sons Inc., East Grand Forks, Minnesota, was awarded an $18,279,725 modification (P00001) to contract W912ES-24-C-0009 for the Fargo Moorhead Metropolitan Area Flood Risk Management Project. Work will be performed in Fargo, North Dakota, with an estimated completion date of Oct. 26, 2026. Fiscal 2024 civil construction funds in the amount of $18,279,725 were obligated at the time of the award. U.S. Army Corps of Engineers, St. Paul, Minnesota is the contracting activity.

Imperial Construction & Electric Inc., Springfield, New Jersey, was awarded a $12,974,000 firm-fixed-price contract to repair and renovate a maintenance hangar. Bids were solicited via the internet with nine received. Work will be performed in Jacksonville, Florida, with an estimated completion date of Dec. 2, 2025. Fiscal 2024 military construction, defense-wide funds in the amount of $12,974,000 were obligated at the time of the award. U.S. Property and Fiscal Office, Florida is the contracting activity (W50S6Y-24-C-0006).

APS Survey & Mapping Inc., Bellevue, Washington, was awarded a $9,500,000 firm-fixed-price contract for architect engineering services. Bids were solicited via the internet with four received. Work locations and funding will be determined with each order, with an estimated completion date of June 27, 2029. U.S. Army Corps of Engineers, Seattle, Washington, is the contracting activity (W912DW-24-D-1003).

NAVY

Lockheed Martin Rotary and Mission Systems, Manassas, Virginia, is awarded a $199,558,670 cost-plus-incentive-fee modification to a previously awarded contract (N00024-20-C-6117) to exercise options for Navy engineering design, development, and production support. Work will be performed in Manassas, Virginia (65%); Clearwater, Florida (32%); Syracuse, New York (2%); and Marion, Florida (1%), and is expected to be completed by September 2025. Fiscal 2024 other procurement (Navy) funds in the amount of $9,470,459 (66%); fiscal 2024 research, development, test and engineering (Navy) funds in the amount of $3,200,000 (22%); and fiscal 2023 other procurement (Navy) funds in the amount of $1,748,360 (12%), will be obligated at time of award and will not expire at the end of the current fiscal year. Naval Sea Systems Command, Washington, D.C., is the contracting activity.

APTIM-Harper Construction JV, LLC, Alexandria, Virginia (N62478-20-D-4001); B.L. Harbert International, LLC, Birmingham, Alabama (N62478-20-D-4002); Hensel Phelps Construction Co., Honolulu, Hawaii (N62478-20-D-4003); Kiewit Infrastructure West Co., Honolulu, Hawaii (N62478-20-D-4004); Mortenson Construction, Minneapolis, Minnesota (N62478-20-D-4005); RQ-ABSHER JV, Carlsbad, California (N62478-20-D-4006); Stronghold Engineering, Inc., Riverside, California (N62478-20-D-4007); HHM Laulima Constructors JV, Honolulu, Hawaii (N62478-20-D-4013); Nan Inc., Honolulu, Hawaii (N62478-20-D-4014); and TNT Constructors JV, Bremerton, Washington (N62478-20-D-4015), are awarded a $61,000,000 modification to previously-awarded firm-fixed-price, indefinite-delivery/indefinite-quantity, multiple award, design-build/design-bid-build contracts for new construction, repair, alteration, and related demolition of existing infrastructure. The cumulative face value of the contract is $1,051,000,000. Work will be performed primarily within the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii area of operations and is expected to be completed by June 2025. No funds will be obligated at time of award. Task orders will be primarily funded by operations and maintenance (Navy) and military construction defense agencies contract funds. Funds will be obligated on individual task orders as they are issued. NAVFAC Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity.

Vigor Marine LLC, Portland, Oregon, is awarded a $32,729,562 firm-fixed-price contract (N3220524C4097) for a 110-calendar day shipyard availability for the mid-term availability and dry docking of Military Sealift Command’s fleet replenishment oiler USNS John Lewis (T-AO 205). This contract includes a base period and three unexercised options for additional work and time, which if exercised, would bring the cumulative value of this contract to $33,379,482. Work will be performed in Portland, Oregon, beginning Sept. 2, 2024, and is expected to be completed by Dec. 21, 2024. Working capital funds (Navy) in the amount of $32,729,562 are obligated for fiscal 2024 and will not expire at the end of the fiscal year. This contract was solicited via the sam.gov website and one offer received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4097).

Satisloh North America Inc., Germantown, Wisconsin, is awarded $7,763,087 firm-fixed-price contract to provide a fully automated optical fabrication system to include itemized equipment, conveyor, fluid management, and applicable consumables, parts, and warranties in support of the Naval Ophthalmic Readiness Activity detachment Yorktown, Virginia. The contract has no option period and work is expected to be completed by December 2024. Work will be performed in Yorktown, Virginia (75%); and Germantown, Wisconsin (25%). Fiscal 2023 other procurement (Navy) funds in the full amount of $7,763,087 will be obligated at time of award, and funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source procurement in accordance with Federal Acquisition Regulation 6.302-2 and one offer was received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-24-C-Z061).

DEFENSE LOGISTICS AGENCY

Bestwork Industries for the Blind Inc.,** Cherry Hill, New Jersey, has been awarded a maximum $10,724,610 fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant flight deck jerseys. This is a sole-source acquisition using justification 10 U.S. Code 2304 (c)(5), as stated in Federal Acquisition Regulation 6.302-1. This is a four-year contract with no option periods. The ordering period end date is July 2, 2028. Using military service is Navy. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-B023).

Excelled Sheepskin & Leather Coat Corp.,* Kewanee, Illinois, has been awarded a maximum $10,256,400 firm-fixed-price, indefinite-delivery/indefinite-quantity contract for brown leather flight jackets. This was a competitive acquisition with two responses received. This is a four-year contract with no option periods. The ordering period end date is July 2, 2028. Using military service is Air Force. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-24-D-0057).

*Small business
**Mandatory source

7/3

ARMY

BryMak-FSI JV LLC,* Clarksville, Tennessee (W912DY-24-D-0008); CBRE Inc., Washington, D.C. (W912DY-24-D-0009); Dynamics-HHS JV LLC,* Winnebago, Nebraska (W912DY-24-D-0010); EMCOR Government Services Inc., Alexandria, Virginia (W912DY-24-D-0011); Facility Services Management Inc., Clarksville, Tennessee (W912DY-24-D-0012); Frontline King George JV LLC,* Silver Spring, Maryland (W912DY-24-D-0013); J&J Maintenance Inc., doing business as J&J Worldwide, Austin, Texas (W912DY-24-D-0014); King & George LLC, Fort Worth, Texas (W912DY-24-D-0015); Quality Services International LLC,* San Antonio, Texas (W912DY-24-D-0016); Valiant Government Services LLC, Fayetteville, North Carolina (W912DY-24-D-0017); VW International Inc.,* Alexandria, Virginia (W912DY-24-D-0018); and Zero Waste Solutions Inc.,* Concord, California (W912DY-24-D-0059), will compete for each order of the $939,999,000 firm-fixed-price contract for operation and maintenance services. Bids were solicited via the internet with 17 received. Work locations and funding will be determined with each order, with an estimated completion date of June 25, 2031. U.S. Army Corps of Engineers’ Engineering and Support Center, Huntsville, Alabama, is the contracting activity.

BAE Systems Land and Armaments LP, York, Pennsylvania, was awarded a $579,309,813 cost-no-fee contract for M109A7 and M992A3 vehicles and fielding kits. Bids were solicited via the internet with one received. Work will be performed in York, Pennsylvania; Sterling Heights, Michigan; Aiken, South Carolina; Elgin, Oklahoma; and Anniston, Alabama, with an estimated completion date of Jan. 31, 2029. Fiscal 2023 and 2024 weapons and tracked combat vehicle procurement, Army funds in the amount of $265,807,177 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity (W912CH-24-F-0170).

Clark Construction Group LLC, Bethesda, Maryland, was awarded a $33,317,000 firm-fixed-price contract to construct a new child development center. Bids were solicited via the internet with three received. Work will be performed in Leavenworth, Kansas, with an estimated completion date of Feb. 28, 2027. Fiscal 2024 military construction, Army funds in the amount of $33,317,000 were obligated at the time of the award. U.S. Army Corps of Engineers, Kansas City, Missouri, is the contracting activity (W912DQ-24-C-4026).

CORRECTION: The $99,400,000 contract (W519TC-24-D-0024) announced on June 28, 2024, for L3 Harris, Palm Bay, Florida, to provide large wideband satellite communications terminals and related support services was actually awarded on July 2, 2024.

NAVY

BAE Systems Technology Solutions and Services Inc., Rockville, Maryland, is awarded an $88,147,844 cost-plus-fixed-fee, cost, indefinite-delivery/indefinite-quantity contract. This contract provides installation and certification support for combat integration and identification systems (CI&IDS) and sub-systems, provisioning of training materials and technical manuals, as well as associated system, technical and shipping support for the Naval Air Warfare Aircraft Division (NAWCAD) Webster Outlying Field CI&IDS Division. Work will be performed in St. Inigoes, Maryland (80%); Chesapeake, Virginia (8%); San Diego, California (8%); Pascagoula, Mississippi (2%); and Bath, Maine (2%), and is expected to be completed in January 2030. No funds will be obligated at the time of award; funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal; three offers were received. NAWCAD, Patuxent River, Maryland, is the contracting activity (N0042124D0016).

CACI Federal, Chantilly, Virginia, is awarded a $41,969,322 cost-plus-fixed-fee, cost modification (P00028) to a previously awarded contract (N0042122C0025). This modification exercises options to provide continued engineering, technical, and program management support services and associated supplies to support the development, production and sustainment of intelligence, surveillance, and reconnaissance mission systems for the Navy. Work will be performed in Chantilly, Virginia (90%); and Patuxent River, Maryland (10%), and is expected to be completed in June 2025. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $5,274,617; fiscal 2024 operations and maintenance (Navy) funds in the amount of $2,609,526; fiscal 2024 research, development, test and evaluation (Navy) funds in the amount of $320,000; and Foreign Military Sales customer funds in the amount of $100,000, will be obligated at the time of award, of which $ $2,609,526 will expire at the end of the current fiscal year. Naval Air Warfare Center Aircraft Division, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Lockheed Martin Aeronautics Co., Fort Worth, Texas, is awarded an $8,709,705 cost-plus-fixed-fee order (N0001924F1800) against a previously issued basic ordering agreement (N0001924G0010). This order provides non-recurring engineering and technical support required for flight test instrumentation de-modification of the three operational test aircraft from their current configuration to an export releasable configuration, in support of the Joint Strike Fighter Program for the United Kingdom. Work will be performed in Fort Worth, Texas (70%); and Edwards Air Force Base, California (30%), and is expected to be completed in March 2026. Cooperative Program Partner funds in the amount of $8,709,705 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

DEFENSE HEALTH AGENCY

Strategic Communications LLC, Louisville, Kentucky, is awarded $22,975,272 for a firm-fixed-price delivery order for Amazon Web Services commercial cloud environments as a result of the NASA Solutions for enterprise-wide procurement catalog. Amazon Web Services provides a cloud environment where the Defense Health Agency (DHA) hosts multiple applications utilized by DHA organizations and DHA mission partners. DHA requires this secure, flexible, efficient, and cost-effective service that enables the scaling of infrastructure, application resources, information technology capabilities or services, to meet evolving application and user demands executed under the overarching guidance set forth in the Department of Defense Cloud Computing Security Requirements Guide and as approved by DHA. The commercial cloud service offering will provide services that meet service level agreement standards, and consumption-based commercial cloud offerings. This task order is awarded from a single award catalog that provided a fair opportunity. This is a one-year order with an estimated delivery to begin on July 1, 2024. Task order HT0015240093 will be funded with fiscal 2024 operations and maintenance funds in the amount of $22,975,272 obligated at the time of award. Place of performance is Falls Church, Virginia. The Defense Health Agency Enterprise Medical Services Contracting Division, San Antonio, Texas is the contracting activity.

Dawson CMS LLC, Fairfax, Virginia, is awarded a $17,812,618 modification (HT940822C0002) for Option Year Two of a firm-fixed-price contract to perform personal services necessary to accomplish enterprise tele-behavioral health clinical services in support of the Behavioral Health Resource and Virtual Experience program. The contractor will deliver flexible clinical services as required, based on the active-duty beneficiary population within and outside the continental U.S. Place of duty for administrative staff is the Virtual Medical Center-San Antonio, Texas. Health care workers will work remotely from their residence or personal business office. Period of performance is Sept. 1, 2024, to Aug. 31, 2025. Fiscal 2024 operations and maintenance funds were obligated at the time of the award modification. The Defense Health Agency Contracting Activity, Southern Healthcare Operations Contracting Division, San Antonio, Texas, is the contracting activity. (Awarded June 20, 2024.)

DEFENSE LOGISTICS AGENCY

Transaero Inc.,* Melville, New York, has been awarded a maximum $10,218,519 firm-fixed-price contract for matrix assemblies. This was a sole-source acquisition using justification 10 U.S. Code 3204 (a)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a two-year contract with no option periods. The performance completion date is May 30, 2026. Using military service is Navy. Type of appropriation is fiscal 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A6-24-C-0050).

CORRECTON: The contract announced on June 28, 2024, for MTP Drivetrain Services LLC,* Many, Louisiana (SPRDL1-24-D-0055), for $8,426,952 was announced with an incorrect award date. The correct award date is July 1, 2024.

*Small business

7/5

NAVY

Frontgrade Technologies Inc., Exeter, New Hampshire, is receiving modification number P00010 to a previously awarded indefinite-delivery/indefinite-quantity, firm-fixed-price contract (N00039-18-D-0004). This modification increases the value of the basic contract by $94,107,423 to a new total contract value of $115,850,904. This modification allows for the continued procurement of OE-570 ultra-high frequency antenna systems variants, subassemblies, Mobile User Objective System upgrade kits, system spares, engineering services, and training to fulfill antenna requirements for the Digital Modular Radio Program on various surface ships. This contract was not competitively procured because it is a sole-source acquisition pursuant to the authority of 10 U.S. Code 2304(c)(1) – Only One Responsible Source (Federal Acquisition Regulation subpart 6.302-1). Work will be performed in Exeter, New Hampshire, and is expected to be completed by Dec. 16, 2027. No funds will be obligated at the time of modification award. The Naval Information Warfare Systems Command, San Diego, California, is the contracting activity (N00039).

BAE Systems – San Diego Ship Repair, San Diego, California, is awarded a $27,660,189 firm-fixed-price contract action for maintenance, modernization, and repair of USS Mobile (LCS 26) fiscal 2025 docking selected restricted availability. The scope of this acquisition includes all labor, supervision, equipment, production, testing, facilities, and quality assurance necessary to prepare for and accomplish the Chief of Naval Operations availability for critical maintenance, modernization, and repair programs. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $28,539,952. Work will be performed in San Diego, California, and is expected to be completed by May 2025. Fiscal 2024 other procurement, Navy funds in the amount of $27,308,830 (98.7%); and fiscal 2024 operations and maintenance, Navy funds in the amount of $351,359 (1.3%), will be obligated at the time of award, of which $351,359 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the System for Award website, with two offers received. Naval Sea Systems Command, Washington, D.C., is the contracting activity (N0002424C4408).

ARMY

Rolls-Royce Solutions America Inc., Novi, Michigan, was awarded a $37,181,554 modification (P00005) to contract W56HZV-23-C-0054 for power packs for armored personnel carriers. Work will be performed in Novi, Michigan, with an estimated completion date of Dec. 31, 2028. Fiscal 2024 Foreign Military Sales funds in the amount of $37,181,554 were obligated at the time of the award. Army Contracting Command, Detroit Arsenal, Michigan, is the contracting activity.

DEFENSE THREAT REDUCTION AGENCY

Culmen International LLC, Alexandria, Virginia, was awarded a $16,788,117 cost-plus-fixed-fee bridge contract (HDTRA1-24-C-0033) for threat reduction logistics services for the Defense Threat Reduction Agency (DTRA) in support of the Cooperative Threat Reduction Directorate. The principal place of performance is Fort Belvoir, Virginia. The work provides logistics services across the cooperative threat reduction portfolio including the Biological Threat Reduction Program, chemical security and elimination, global nuclear security, strategic offensive arms elimination, the Proliferation Prevention Program, and other assessments and administrative costs. This award is the result of a sole source acquisition. DTRA solicited for one proposal and received one proposal. Funds in the amount of $6,581,586 are to be obligated at the time of award. Work is expected to be completed by January 2025. The Defense Threat Reduction Agency, Fort Belvoir, Virginia, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Pauley Rodine Inc.,* doing business as American Machines, Bremerton, Washington, has been awarded a maximum $15,832,998 firm-fixed-price contract for vertical turning centers and one Kundel bridge crane. This was a sole-source acquisition using justification 10 U.S. Code 3204(a)(1), as stated in Federal Acquisition Regulation 6.302-1(a)(ii)(A). This is a two-year contract with no option periods. The performance completion date is June 30, 2026. Using customer is Naval Sea Systems Command. Type of appropriation is fiscal 2024 through 2026 defense working capital funds and fiscal 2024 operational and maintenance funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia (SPE4A8-24-C-0001).

Northrop Grumman Systems Corp., doing business as Northrup Grumman Technical Services, Clearfield, Utah, has been awarded a maximum $8,827,783 modification (P00001) to a five-year base contract (SPE4A6-24-F-1505) with one five-year option period for horizontal stabilizers. Location of performance is California, with an Oct. 12, 2028, performance completion date. Using military services are Navy and Air Force. The type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Aviation, Richmond, Virginia.

Maytag Aircraft LLC, Colorado Springs, Colorado, has been awarded a maximum $8,317,824 firm-fixed‐price contract for contractor-owned, contractor-operated retail/bulk fuel services. This was a competitive acquisition with three responses received. This is a four‐year base contract with one five‐year option period, and one option to extend, not to exceed six months. Various locations of performance are throughout East Germany, with an Oct. 31, 2028, performance completion date. Using military service is Army. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Energy, Fort Belvoir, Virginia (SPE603-24-C-5006).

*Small business
This entry was posted on Monday, July 08, 2024 1:03 pm

Leave a Reply

Your email address will not be published. Required fields are marked *

Notify me of updates to this conversation